Pennsylvania Code & Bulletin
COMMONWEALTH OF PENNSYLVANIA

• No statutes or acts will be found at this website.

The Pennsylvania Bulletin website includes the following: Rulemakings by State agencies; Proposed Rulemakings by State agencies; State agency notices; the Governor’s Proclamations and Executive Orders; Actions by the General Assembly; and Statewide and local court rules.

PA Bulletin, Doc. No. 97-1099

NOTICES

Retention of Engineering Firms

[27 Pa.B. 3288]

Allegheny County
Project Reference No. 08430AG2083

   The Department of Transportation will retain an engineering firm to perform preliminary engineering, final design, and shop drawing review and consultation during construction for S. R. 0079, Section A12, Group I Bridges (Interstate Route 79). This project is the reconstruction/rehabilitation or Interstate Preventive Maintenance (IPM) of five (5) structures along or over I-79 Northbound from the area south of the Kirwin Heights Interchange to and including the Carnegie Interchange, located in Collier Township in Allegheny County. Coordination will be required between multiple consultants, as this project will be included in a P.S.&E. package which involves three (3) or more design projects.

   Required services will include coordination with other consulting firms; project administration; bridge inspection; type, size, and location submission; value engineering; final bridge design plans; utility coordination; safety review; bridge lighting coordination; construction consultation; and shop drawing review.

   The design of this project will be developed using metric units.

   Letters of interest will be evaluated at the Engineering District 11-0 office with emphasis on the following factors:

   *  Specialized experience and technical competence of firm.

   *  Project Manager's ability to coordinate with various consulting firms.

   *  Past record of performance with respect to cost control, work quality and ability to meet schedules.

   *  Workload.

   *  Listing of subconsultants.

   *  Special requirements of project.

   *  Other factors, if any, specific to the project.

   The District will announce the firms that have been shortlisted at an open public meeting to be held at Engineering District 11-0, 45 Thoms Run Road, Bridgeville, PA 15017. All candidates that have submitted a letter of interest will be notified of the date. Specify a contact person in the letter of interest.

   The goal for Disadvantaged Business Enterprise (DBE) participation in this Agreement shall be fifteen (15%) percent of the total contract price. Additional information concerning DBE participation in this Agreement is contained in the General Requirements and Information section after the advertised project(s).

   Limits to the letter of interest submittals, in addition to the General Requirements and Information, are as follows:

   1.  Resumes--five (5) total pages of resumes, one-sided.

   2.  Standard Form 255, Item 8 (Number of project descriptions which demonstrate the firm's competence)--five (5) project descriptions.

   The second copy of the letter of interest and required forms (see general requirements and information section) shall be sent to: Mr. Henry M. Nutbrown, District 11-0, 45 Thoms Run Road, Bridgeville, PA 15017-2853.

   Any technical questions concerning the requirements for this project should be directed to Mr. Terry McCue, District 11-0, at (412) 429-4926.

   Any questions concerning the submittal of the letter of interest can be directed to the Consultant Agreement Division at (717) 783-9309.

Allegheny County
Project Reference No. 08430AG2084

   The Department of Transportation will retain an engineering firm to perform preliminary engineering, final design, and shop drawing review and consultation during construction for S. R. 0079, Section A12, Group II Bridges (Interstate Route 79). This project is the reconstruction/rehabilitation or Interstate Preventive Maintenance (IPM) of six (6) structures along or over I-79 Northbound from the area south of the Carnegie Interchange to and including the I-79/I-279 Interchange, located in Collier and Robinson Townships in Allegheny County. Coordination will be required between multiple consultants, as this project will be included in a P.S.&E. package which involves three (3) or more design projects.

   Required services will include coordination with other consulting firms; project administration; bridge inspection; type, size, and location submission; value engineering; final bridge design plans; utility coordination; safety review; bridge lighting coordination; construction consultation; and shop drawing review.

   The design of this project will be developed using metric units.

   Letters of interest will be evaluated at the Engineering District 11-0 office with emphasis on the following factors:

   *  Specialized experience and technical competence of firm.

   *  Project Manager's ability to coordinate with various consulting firms.

   *  Past record of performance with respect to cost control, work quality and ability to meet schedules.

   *  Workload.

   *  Listing of subconsultants.

   *  Special requirements of project.

   *  Other factors, if any, specific to the project.

   The District will announce the firms that have been shortlisted at an open public meeting to be held at Engineering District 11-0, 45 Thoms Run Road, Bridgeville, PA 15017. All candidates that have submitted a letter of interest will be notified of the date. Specify a contact person in the letter of interest.

   The goal for Disadvantaged Business Enterprise (DBE) participation in this Agreement shall be fifteen (15%) percent of the total contract price. Additional information concerning DBE participation in this Agreement is contained in the General Requirements and Information section after the advertised project(s).

   Limits to the letter of interest submittals, in addition to the General Requirements and Information, are as follows:

   1.  Resumes--five (5) total pages of resumes, one-sided.

   2.  Standard Form 255, Item 8 (Number of project descriptions which demonstrate the firm's competence)--five (5) project descriptions.

   The second copy of the letter of interest and required forms (see general requirements and information section) shall be sent to: Mr. Henry M. Nutbrown, District 11-0, 45 Thoms Run Road, Bridgeville, PA 15017-2853.

   Any technical questions concerning the requirements for this project should be directed to Terry McCue, District 11-0, at (412) 429-4926.

   Any questions concerning the submittal of the letter of interest can be directed to the Consultant Agreement Division at (717) 783-9309.

Statewide
Project Reference No. 08430AG2085

   The Department of Transportation will retain an engineering firm for a Statewide Open-End Contract for various structural and structures related engineering services. The firm may be required to design, supervise construction or evaluate all types of bridges including major or unusual or complex structures and bridges such as, but not limited to, segmental prestressed concrete, cable-stayed concrete bridges, and perform other structure related engineering tasks. The Contract will be for a period of sixty (60) months and a maximum amount of $1.0 million with projects assigned on an as-needed basis.

   Assignments may include some or all of the following services: designing; checking and/or approval of bridge and highway structure designs; checking and approval of construction methods, shop drawings, erection drawings and other working drawings prepared by the contractor; verifying that erection loads, stresses and deflection, etc., are within acceptable limits; supervising and approving major, unusual and complex fabrication designs, erection plans or construction and materials testing operations; conducting a program to familiarized Department and/or consultant and/or contractor personnel with the critical construction aspects of the particular major, unusual or complex bridge under contract; investigating including forensic studies and instrumentation of complex problems related to fatigue, welding, design methodologies, constructability or actual failures; designing complex structural elements in critical situations; providing familiarization of the Department and consultants in design, construction, specification or methodologies changes; developing flow charts for coding and conducting studies for approving engineering software; resoluting other complex bridge design and construction problems that may arise; maintaining bridge design and rating software owned by the Department; updating or revising of PennDOT Design, Construction and Inspection Manuals and documentation; and developing or preparing revisions to the bridge design and/or construction standards.

   The selected firm shall provide expert services in the following areas:

   *  Forensic studies of bridge and highway structures including instrumentation.

   *  Fatigue and fracture investigations.

   *  Precast concrete bridge elements.

   *  Prestressed bridge elements.

   *  Highway sign and lighting structures.

   *  Complex steel or concrete structures.

   *  Seismic analysis (including, but not limited to SEISAB).

   *  Bridge scour.

   *  Bridge materials sampling and testing.

   *  Bridge safety inspection.

   *  Complex analysis including 3D and FEM.

   *  Unusual bridge foundations.

   *  Earth retaining structures including anchored walls.

   *  Tunnels.

   *  Specialized services during construction of highway structures.

   *  Metallurgy of highway structure materials.

   *  Concrete materials.

   *  Soil structure interaction systems.

   *  State-of-the-art bridge instrumentation.

   *  Structural product analysis and evaluation.

   *  Parametric studies to validate or develop structural specification and related design/analysis automation.

   *  Enhancements and revisions to the existing Department bridge design and rating software and manuals.

   *  Updating of example problems that are used to verify the Department bridge design and rating software.

   Firms responding to this solicitation shall provide the following additional information in their Letter of Interest:

   1.  Indicate the lead person or sub-consultant on each of the expert service elements and indicate the qualifications and experience of the lead person or sub-consultant specifically related to each expert service area.

   2.  Indicate how the firm will provide ''on demand'' response for urgent problems.

   3.  Indicate internal procedures for cost containment and quality assurances. Provide evidence of successful project management activities in which accurate estimates were prepared which allowed all necessary work to be performed without supplements.

   The Department will establish an order of ranking of a minimum of three (3) firms for the purpose of negotiating the Open-End Contract based on the Department's evaluation of the acceptable letters of interest received in response to this solicitation. Technical proposals will not be requested prior to the establishment of the ranking.

   The following factors, listed in order of importance, will be considered by the Department during the evaluation of the firms submitting letters of interest:

   a.  Technical expertise and experience of the individuals committed to this project.

   b.  Joint capabilities of the proposed team to address all structural and related aspects identified in the advertisement.

   c.  Prior technical successes and timeliness in performing such work with the Department.

   d.  Commitment of experts, support staffing and ''on demand'' response capabilities in complex structure areas.

   e.  Capabilities of providing independent analysis and advice leading to sound engineering decision on policy in structure areas, under emergencies.

   f.  Proximity to Central Office, current workload, cost containment and quality assurance program.

   The format and content of all documents, plans and specifications will be consistent with applicable State and Federal regulations and guidelines.

   The Engineering Services studies identified above are the general work activities that can be expected under these Open-End Contracts. A more specific and project-related scope of work will be outlined for each individual Work Order developed under these Open-End Contracts.

   Project management will be by the Bridge Quality Assurance Division, Bureau of Design and/or the respective District Offices.

   The second copy of the letter of interest and required forms (see general requirements and information section) shall be sent to: Mr. R. Scott Christie, P. E., Bridge Quality Assurance Division, Bureau of Design, at (717) 787-2881.

   Any technical questions concerning the requirements for this project should be directed to Mr. Bryan Spangler, P. E., Bureau of Design, at (717) 783-5347.

   Any questions concerning the submittal of the letter of interest can be directed to the Consultant Agreement Division at (717) 783-9309.

Washington County
Project Reference No. 08430AG2086

   The Department of Transportation will retain an engineering firm to provide supplementary construction inspection staff of approximately six (6) inspectors, under the Department's Inspector-in-Charge, for construction inspection and documentation services for S. R. 1030, Section A06, Donora Industrial Park Access Road, Washington County. This project involves the new construction of two (2) lane highway and structure over the existing railroad.

   The Department will establish an order of ranking of a minimum of three (3) firms for the purpose of negotiating an Engineering Agreement based on the Department's evaluation of the acceptable letters of interest received in response to this solicitation. The ranking will be established directly from the letters of interest. Technical proposals will not be requested prior to the establishment of the ranking.

   The following factors, listed in order of importance, will be considered by the Department during the evaluation of the firms submitting letters of interest:

   a.  Qualification and experience of inspectors in each classification.

   b.  Number of NICET certified inspectors.

   c.  Understanding of Department's requirements, policies and specifications.

   d.  Past performance.

   The qualifications and experience required of the firm's inspectors will be established by the Department, and the qualifications of the firm's proposed employees will be reviewed and approved by the Department.

   It is anticipated that the supplementary construction inspection staff for this assignment will consist of the following number of inspectors who meet the requirements for the following inspection classifications:

No. of
ClassificationInspectors
Transportation Construction Insp. Super. (TCIS)
(NICET Highway Construction Level 3 or equivalent)
1 (1)
Transportation Construction Inspector--(TCI)
(NICET Highway Construction Level 2 or equivalent)
4 (3)
Technical Assistant (TA)
(NICET Highway Construction Level 1 or equivalent)
1 (0)

   The numbers in parenthesis above indicate the number of inspectors in each Classification that must meet at least one of the following requirements:

   1.  Be certified by the National Institute for Certification in Engineering Technologies (NICET) in the field of Transportation Engineering Technology, subfield of Highway Construction, or subfield of Highway Materials, at the Level required for the Inspection Classification.

   2.  Be registered as a Professional Engineer by the Commonwealth of Pennsylvania with the required highway experience specified for the Inspection Classification.

   3.  Be certified as an Engineer-in-Training by the Commonwealth of Pennsylvania with the required highway experience specified for the Inspection Classification.

   4.  Hold a Bachelor of Science Degree in Civil Engineering or a Bachelor of Science Degree in Civil Engineering Technology with the required highway experience specified for the Inspection Classification.

   5.  Hold an Associate Degree in Civil Engineering Technology with the required highway experience specified for the Inspection Classification.

   The maximum reimbursement per hour of inspection for each Department Payroll Classification for calendar year of 1997:

Payroll ClassificationMaximum Straight Time
Reimbursement Per Hour
of Inspection
(TCIS)$38.21
(TCI)$33.44
(TA)$22.98

   The maximum reimbursement per hour of inspection includes all costs for providing construction inspection services at the project site during the normal work week.

   Maximum reimbursement per hour of inspection for subsequent calendar years, if applicable, will be established at the scope of work meeting.

   The firm selected may be required to attend a pre-construction conference with the Department and the construction contractor for this project. Under the supervision and direction of the Department, the selected firm will be required to keep records and document the construction work; prepare current and final estimates for payment to the construction contractor; assist the Department in obtaining compliance with the labor standards, safety and accident prevention, and equal opportunity provisions of the contract item; and perform other duties as may be required. Firms applying must have qualified personnel capable of climbing structures during painting, rehabilitation, or construction.

   The firm selected will be required to supply the following equipment at no direct cost to the Department:

   1   Nuclear Densometer Gauges/License

   1   Vehicle for the Transportation of Nuclear Gauges

   The goal for Disadvantaged Business Enterprise (DBE) participation in this Agreement shall be fifteen percent (15%) of the total contract price. Additional information concerning DBE participation in this Agreement is contained in the General Requirements and Information Section after the advertised projects.

   Letters of interest for this project must include a letter, signed by the individuals you propose for all TCIS positions, giving their approval to use their name in your letter of interest for this specific project.

   The maximum number of resumes to be included in the letter of interest shall be as follows:

ClassificationNo. of Resumes
TCIS2
TCI5

   No resumes are required for the TA Classification.

   The second copy of the letter of interest and required forms, (see general requirements and information section) shall be sent to: Mr. Michael H. Dufalla, P. E., District Engineer, District 12-0, P. O. Box 459, Uniontown, PA 15401.

   Any technical questions concerning the requirements for this project should be directed to Mr. Anthony M. Dzurko, P. E., District 12-0, at (412) 439-7137.

   Any questions concerning the submittal of the letter of interest can be directed to the Consultant Agreement Division at (717) 783-9309.

Washington County
Project Reference No. 08430AG2087

   The Department of Transportation will retain an engineering firm to provide supplementary construction inspection staff of approximately fifteen (15) inspectors, under the Department's Inspector-in-Charge, for construction inspection and documentation services for S. R. 0079, Section Q10, Interstate Route 79, Marianna Interchange, Washington County. This project involves the reconstruction of a four (4) lane divided highway including replacement/rehabilitation of four (4) dual bridge structures.

   The Department will establish an order of ranking of a minimum of three (3) firms for the purpose of negotiating an Engineering Agreement based on the Department's evaluation of the acceptable letters of interest received in response to this solicitation. The ranking will be established directly from the letters of interest. Technical proposals will not be requested prior to the establishment of the ranking.

   The following factors, listed in order of importance, will be considered by the Department during the evaluation of the firms submitting letters of interest:

   a.  Qualification and experience of inspectors in each classification.

   b.  Number of NICET certified inspectors.

   c.  Location with respect to project site.

   d.  Understanding of Departments requirements, policies and specifications.

   e.  Past performance.

   The qualifications and experience required of the firm's inspectors will be established by the Department, and the qualifications of the firm's proposed employees will be reviewed and approved by the Department.

   It is anticipated that the supplementary construction inspection staff for this assignment will consist of the following number of inspectors who meet the requirements for the following inspection classifications:

No. of
ClassificationInspectors
Transportation Construction Manager 1 (TCM-1)
(NICET Highway Construction Level 4 or equivalent)
 1 (1)
Transportation Construction Insp. Super. (TCIS)
(NICET Highway Construction Level 3 or equivalent)
2 (1)
Transportation Construction Inspector (TCI)
(NICET Highway Construction Level 2 or equivalent)
12 (8)

   The number(s) in parenthesis above indicate the number of inspectors in each Classification that must meet at least one of the following requirements:

   1.  Be certified by the National Institute for Certification in Engineering Technologies (NICET) in the field of Transportation Engineering Technology, subfield of Highway Construction, or subfield of Highway Materials, at the Level required for the Inspection Classification.

   2.  Be registered as a Professional Engineer by the Commonwealth of Pennsylvania with the required highway experience specified for the Inspection Classification.

   3.  Be certified as an Engineer-in-Training by the Commonwealth of Pennsylvania with the required highway experience specified for the Inspection Classification.

   4.  Hold a Bachelor of Science Degree in Civil Engineering or a Bachelor of Science Degree in Civil Engineering Technology with the required highway experience specified for the Inspection Classification.

   5.  Hold an Associate Degree in Civil Engineering Technology with the required highway experience specified for the Inspection Classification.

   The maximum reimbursement per hour of inspection for each Department Payroll Classification for calendar year of 1997:

Payroll ClassificationMaximum Straight Time
Reimbursement Per Hour
of Inspection
(TCM-1)$43.61
(TCIS)$38.21
(TCI)$33.44

   The maximum reimbursement per hour of inspection includes all costs for providing construction inspection services at the project site during the normal work week.

   Maximum reimbursement per hour of inspection for subsequent calendar years, if applicable, will be established at the scope of work meeting.

   The firm selected may be required to attend a pre-construction conference with the Department and the construction contractor for this project. Under the supervision and direction of the Department, the selected firm will be required to keep records and document the construction work; prepare current and final estimates for payment to the construction contractor; assist the Department in obtaining compliance with the labor standards, safety and accident prevention, and equal opportunity provisions of the contract item; and perform other duties as may be required. Firms applying must have qualified personnel capable of climbing structures during painting, rehabilitation, or construction.

   The firm selected will be required to supply the following equipment at no direct cost to the Department:

   1   Nuclear Densometer Gauges/License

   1   Vehicle for the Transportation of Nuclear Gauges

   The goal for Disadvantaged Business Enterprise (DBE) participation in this Agreement shall be fifteen percent (15%) of the total contract price. Additional information concerning DBE participation in this Agreement is contained in the General Requirements and Information Section after the advertised projects.

   Letters of interest for this project must include a letter, signed by the individuals you propose for all TCM-1 and TCIS positions, giving their approval to use their name in your letter of interest for this specific project.

   The maximum number of resumes to be included in the letter of interest shall be as follows:

ClassificationNo. of Resumes
TCM-12
TCIS3
TCI15

   The second copy of the letter of interest and required forms, (see general requirements and information section) shall be sent to: Mr. Michael H. Dufalla, P. E., District Engineer, District 12-0, P. O. Box 459, Uniontown, PA 15401.

   Any technical questions concerning the requirements for this project should be directed to Mr. Anthony M. Dzurko, P. E., District 12-0, at (412) 439-7137.

   Any questions concerning the submittal of the letter of interest can be directed to the Consultant Agreement Division at (717) 783-9309.

General Requirements and Information

   Firms interested in providing the above work and services are invited to submit two copies of a Letter of Interest and required information for each Project Reference Number for which the applicant wishes to be considered.

   The first copy of the Letter of Interest and required information must be submitted to Charles W. Allwein, P.E., Chief, Consultant Selection Committee, 7th Floor, Forum Place, 555 Walnut Street, Harrisburg, PA 17101-1900.

   The Letter of Interest and required information must be received within thirteen (13) calendar days of this Notice. The Deadline for receipt of a Letter of Interest at the above address is 4:30 p.m. prevailing time of the thirteenth day.

   The second copy of the Letter of Interest and required information must be submitted to the appropriate District Engineer/Administrator or the Bureau Director as indicated in the individual advertisement. This copy must be postmarked or delivered on or before the deadline indicated above.

   If an individual, firm, or corporation not authorized to engage in the practice of engineering desires to submit a Letter of Interest, said individual, firm or corporation may do so as part of a Joint Venture with an individual, firm or corporation which is permitted under the state law to engage in the practice of engineering.

   If a Joint Venture responds to a project advertisement, the Department of Transportation will not accept separate Letters of Interest from the Joint Venture constituents. A firm will not be permitted to submit on more than one (1) Joint Venture for the same Project Reference Number. Also a firm that responds to a project as a prime may not be included as a designated subcontractor to another firm that responds as a prime to the project. Multiple responses under any of the foregoing situations will cause the rejection of all responses of the firm or firms involved. The above does not preclude a firm from being set forth as a designated subcontractor to more than one (1) prime responding to the project advertisement.

   If a goal for Disadvantaged Business Enterprise (DBE) participation is established for an advertised project, firms expressing interest in the project must agree to ensure that Disadvantaged Business Enterprise (DBE) firms as defined in the Intermodal Surface Transportation Efficiency Act of 1991 and currently certified by the Department of Transportation shall have the maximum opportunity to participate in any subcontracting or furnishing supplies or services approved under Form 442, Section 1.10(a). The Act requires that firms owned and controlled by women (WBEs) be included, as a presumptive group, within the definition of Disadvantaged Business Enterprise (DBE). The goal for DBE participation shall be as stated in the individual project advertisement. Responding firms shall make good faith efforts to meet the DBE goal using DBEs (as they were defined prior to the act), WBEs or combinations thereof.

   Proposing DBE firms must be certified at the time of submission of the Letter of Interest. If the selected firm fails to meet the established DBE participation goal, it shall be required to demonstrate its good faith efforts to attain the goal.

   Responses are encouraged by small firms, Disadvantaged Business Enterprise (DBE) firms, and other firms who have not previously performed work for the Department of Transportation.

   Each Letter of Interest must include the following information and the information must be packaged and presented in the following order:

   1.  Transmittal Letter (Maximum of two typed pages, one side)

   The subject heading of the transmittal letter must include the project reference number for which the applicant wishes to be considered, the firm's legal name, fictitious name (if applicable), and the firm's federal identification number. If the project advertisement indicated the Department will retain an engineering firm for the project, the applicant must indicate in the body of their transmittal letter the names and Professional engineer License Number of individuals who are directing heads or employes of the firm who have responsible charge of the firm's engineering activities, and whose names and seals shall be stamped on all plans, specifications, plats, and reports issued by the firm.

   2.  Project Organization Chart (one page, one side)

   This Chart should show key staff from the prime and each subconsultant and their area of responsibility.

   3.  Standard Form 255, ''Architect-Engineer and Related Services Questionnaire for Specific Project'' (one Form 255 for the project team).

   The Standard Form 255 must be signed, dated and filled out in its entirety, including Item No. 6 listing the proposed subconsultants and the type of work or service they will perform on the project. Under Item 4 of this form, Column A should include the number of subconsultant personnel and Column B should include the number of prime consultant personnel to be assigned to work on this project reference number.

   If a Disadvantaged Business Enterprise (DBE) goal is specified for the project, the DBE must be currently certified by the Department of Transportation, and the name of the DBE and the work to be performed must be indicated in Item No. 6. If a Woman Business Enterprise (WBE) firm is substituted for the DBE, the WBE firm must also be presently certified by the Department of Transportation and indicated in Item 6.

   4.  Standard Form 254, ''Architect-Engineer for Related Services Questionnaire''

   A Standard Form 254, not more than 1 year old as of the date of this advertisement, must accompany each Letter of Interest for the firm, each party to a Joint Venture, and for each subconsultant the firm or Joint Venture is proposing to use for the performance of professional services regardless of whether the subconsultant is an individual, a college professor, or a Company, unless an acceptable Standard Form 254 for the prime and each subconsultant/subcontractor is on file in both the Bureau of Design and the Engineering District Office or Central Office Bureau identified in the individual project advertisement.

   If the Standard Form 254 is not submitted with the Letter of Interest, the transmittal letter shall indicate the dates that the Standard Forms 254 were submitted to the Bureau of Design and appropriate Engineering District/Central Office Bureau.

   These Forms shall be assembled with the prime's first, followed by the subconsultant's in the same order as they appear in Item 6 of Form 255.

   5.  Workload Projection Graph (Not required for Construction Inspection Services)

   A Workload Projection Graph for the prime and each subconsultant should indicate the firm's current and anticipated workload compared to the anticipated capacity available for the next two-year time frame. The Workload Projection Graph should be submitted for the office(s) where the work would be performed and should only include the personnel classifications required for providing the advertised services and work.

   6.  Authorization Letters (if required)

   If the advertisement requires a letter signed by individuals giving their approval to use their names in the Letter of Interest, the letters from proposed prime employes should be first, followed by subconsultant employes, in the same order as shown in Item 6 of Form 255.

   7.  Registration To Do Business

   Firms with out-of-state headquarters or corporations not incorporated in Pennsylvania must include, with each Letter of Interest, a copy of their registration to do business in the Commonwealth as provided by the Department of State. Firms who are not registered to do business in Pennsylvania at the time of this advertisement must document that they have applied for registration to the Department of State, Corporation Bureau. The telephone number for the Corporation Bureau is (717) 787-1057 or (717) 787-2004.

   8.  Overhead Rates (one page)

   This page must show the latest audited overhead rate developed in accordance with Federal Acquisition Regulations (FAR) for the prime consultant and each subconsultant. If a FAR rate is not available, the latest rate available from a Certified Public Account must be indicated. New firms should indicate how long the firm has been in existence and when an audited overhead rate would be available.

   9.  Additional Information

   Additional information, not to exceed ten (10) one sided pages or five (5) double sided pages may be included at the discretion of the submitting firm.

   The assignment of the agreement/contract for the above advertisement(s) will be made to one of the firms who submitted an acceptable Letter of Interest in response to the project advertisement. The assignment will be made based on the Department's evaluation of the firm's qualification and capabilities. The Department reserves the right to reject all letters submitted, to cancel the solicitations requested under this Notice and/or to readvertise solicitation for the work and services.

BRADLEY L. MALLORY,   
Secretary

[Pa.B. Doc. No. 97-1099. Filed for public inspection July 3, 1997, 9:00 a.m.]



No part of the information on this site may be reproduced for profit or sold for profit.

This material has been drawn directly from the official Pennsylvania Bulletin full text database. Due to the limitations of HTML or differences in display capabilities of different browsers, this version may differ slightly from the official printed version.